SOURCES SOUGHT
16 -- Avionics Bench Test Sets for the Mi-17 aircraft w/training, delivery, and installation
- Notice Date
- 6/8/2015
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-15-R-0336
- Response Due
- 6/25/2015
- Archive Date
- 8/7/2015
- Point of Contact
- Olga G. Khazanov, (256) 313-5612
- E-Mail Address
-
ACC-RSA - (Aviation)
(olga.g.khazanov@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. This sources sought notice is being published in accordance with FAR 10.002 and 15.201 and is a Request for Information (RFI) only in support of a market survey. Issuance is for planning purposes only, to assist in identifying potential sources capable of supporting PM NSRWA (Non-Standard Rotary Wing Aircraft) procurement of Avionics Bench Test Sets for the Mi-17 aircraft w/training, delivery, and installation in Kabul, Afghanistan International Airport (KAIA) as well as Russian Original Equipment Manufacturer (OEM) Avionics Test Sets. This RFI is being issued specific to the PM NSRWA (located in Huntsville, AL) requirements. This RFI includes additional information; DRAFT Statement of Work (SOW) and Brand Name or Equal requirements. 2. This is only a Sources Sought notice and is not a Request for Proposal (RFP) or Request for Quotation (RFQ). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to this notice. Responses to this sources sought synopsis will be used for a market survey analysis that will assist in determining if the contemplated acquisition could be conducted under full and open competition, or if the contemplated acquisition should be set-aside for small business pursuant to Federal Acquisition Regulation (FAR) Part 19, Small Business Programs. The Government is contemplating North American Industry Classification Systems (NAICS) Code 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals with a size standard of 500 employees. Respondents shall indicate in their response whether they qualify as a small business or qualify under other specialty designated programs such as Veteran Owned Service Disabled (VOSD), Historically Underutilized Business Zone (HUBZone), 8A or others under this NAICS code. 3. For the purposes of market analysis, the Government is seeking to understand the capability and capacity of interested firms. If you are a small business, and if the Government were to set this acquisition aside for small business, you would be required to comply with FAR 52.219-14, Limitations on Subcontracting and 13 Code of Federal Regulations (CFR) 125.6 (known as the 50% rule). Rules on affiliation and joint ventures are at FAR 19.101, Size Standards, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6. The small business prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of ostensible subcontractor as set forth in 13 CFR 121.103(h)(4). 4. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. 5. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as identified in the SOW. The statement of capability shall include: a. Vendor Information: Name Address Point of Contact (POC), Phone Number, E-mail Address CAGE Code Small Business Category Company's Business Size (i.e. annual revenues and employee size) Brief Introduction of Company b. In an effort to develop a clear, concise and accurate SOW, the Government is inviting interested contractors to review and provide comments on the attached DRAFT SOW (see below for access requirements). All comments will be considered, however the Government reserves the right to determine which comments may be incorporated into the final SOW. 6. Again, any information submitted by the respondents to this sources sought synopsis is strictly voluntary. The company's standard format is acceptable; however, the limit for all responses is not to exceed twenty-five (25) single-sided, 12 font size, 8 x 11-inch pages. The 25 page restriction should include market research responses and questions/comments to DRAFT SOW. The submitted information shall be UNCLASSIFIED. Only electronic responses shall be accepted and shall be submitted as an email attachment in MS Word or Adobe PDF format. Responses shall be received no later than 12:00 P.M. (1200 hrs) Central Time, 25 June 2015. Each submission should be virus scanned prior to being sent via e-mail to the following Point of Contact: Barry Howard, Contracting Officer: barry.j.howard4.civ@mail.mil 7. Email submissions are subject to size and type restrictions (typically limited to less than 2 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. All responses must address each of the above stated requirements. 8. Additional information, as it becomes available, will be posted as well as amendments to this announcement on Army Single Face to Industry (ASFI) https://acquisition.army.mil/asfi and flow through to Federal Business Opportunities (FedBizOpps) https://www.fbo.gov. It is the responsibility of the interested parties to review the site frequently for any updates/amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, System for Award Management (SAM) is required. Lack of registration in the SAM database will make an offeror ineligible for contract award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a1aa64312ed4d159cf89f33ad3799b0a)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03756772-W 20150610/150608234944-a1aa64312ed4d159cf89f33ad3799b0a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |